A Request For Quotation (RFQ) for ISPM 15 Heat Treatment Certification and Kiln Inspections
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, specifically the W0L7 BLUE GRASS ARMY DEPOT, has issued a Request for Quotation (RFQ) for ISPM 15 Heat Treatment Certification and Kiln Inspections. This opportunity is a Total Small Business Set-Aside (FAR 19.5) and seeks commercial services to ensure compliance with international wood packaging material regulations. Offers are due by February 9, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide an ISPM Certification Program including compliance and verification inspections at two heat treatment facilities: Blue Grass Army Depot (BGAD) in Richmond, KY, and Anniston Munitions Center (ANMC) in Anniston, AL. Key services include:
- Furnishing all personnel, labor, supplies, supervision, and equipment for heat treatment/kiln inspection services.
- Providing certification for heat treated (HT) and kiln dried heat treated (KDHT) lumber.
- Ensuring compliance with requirements set by the European Union (EU), US Department of Agriculture Animal and Plant Health Service (APHIS), and the International Plant Protection Convention (IPPC).
- Performing monthly audits at each facility and supplying a monthly audit report to the Contracting Office.
Contract Details
- Type: Request for Quotation (RFQ) for commercial services (FAR Part 12).
- NAICS: 562910 (Remediation Services) with a size standard of 1000 employees.
- Set-Aside: Total Small Business Set-Aside.
- Duration: One base year with options to renew annually for up to four additional years (total of five years).
- Funding: Will be provided annually.
Submission & Evaluation
- Offers Due: February 9, 2026, no later than 5:00 PM EST.
- Submission Method: Email offers to jeremy.s.turner10.civ@army.mil.
- Required Content: Offers must include the solicitation number (W519TC26T3020), a technical description of services, and annual pricing for the Base Year and all four Option Years for both locations.
- Evaluation: Award will be made to the responsible offeror whose quote is the Lowest Price Technically Capable.
- Inquiries: Technical inquiries and questions must be submitted via email at least 2 days prior to the closing date.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) at the time of submission.
Additional Notes
- This announcement constitutes the only solicitation; a separate written solicitation will not be issued.
- Wide Area Workflow (WAWF) is mandatory for invoice submission and payment processing for contracts paid by DFAS. Bidders must understand WAWF procedures, including specific codes and contact information provided in the WAWF instructions.
- Contractor must comply with all Depot regulations, federal, state, and local laws regarding environmental, health, and safety, including specific safety provisions (AR 385-1 for BGAD, AMCR 385-100).
- A contract manager with full authority is required. Employee lists must be provided and updated.
- Government-owned utility systems (water and electricity) will be available without charge.
- Advance payment or down payment terms are not acceptable. Oral communications are not acceptable.